Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
Contract 47742
CITY SECRETIW1,./'1, -/Z, CONTRACT 010. Developer and Project Information Cover Sheet: Developer Company Name: PB Ventana 1, LLC Address, State,Zip Code: 4145 Travis St. Suite 202, Dallas, TX 75204 Phone& Email: 214-954-7025, peter@pmbinv.com Authorized Signatory, Title: E. Peter Pincoffs III, Manager Project Name and Brief Ventana Ph. 1 Description: Project Location: SW quadrant of Aledo Rd and FM 2871 Plat Case Number: PP-15-036 Plat Name: Ventana Mapsco: 86N Council District: 3 City Project Number: 100272 CFA Number: 2016-030 DOE Number: None To be completed by�sta Received by / Date: •R+ a OFFICIAL RECORD City of Fort Worth, TexasSECRETARY Standard Community Facilities Agreement CITY �' 1$YSd Y CFA Official Release Date: 10.07.2015 FTG WORTII'TX Page 1 of 11 - STANDARD COMMUNITY FACILITIES AGREEMENT THE STATE OF TEXAS § City Secretary COUNTY OF TARRANT § Contract No. WHEREAS, PB Ventana 1, LLC, ("Developer"), desires to make certain specific improvements as described below and on the exhibits attached hereto ("Improvements") related to a project generally described as Ventana Ph.l ("Project") within the City or the extraterritorial jurisdiction of Fort Worth, Texas ("City"); and WHEREAS, the City has no obligation to participate in the cost of the Improvements or Project; and WHEREAS, any future City participation in this CFA is subject to the availability of City funds and approval by the Fort Worth City Council and shall be memorialized as an amendment to this Agreement; and WHEREAS, the Developer and the City desire to enter into this Community Facilities Agreement ("CFA" or "Agreement") in connection with the collective Improvements for the Project. NOW, THEREFORE, for and in consideration of the covenants and conditions contained herein, the City and the Developer do hereby agree as follows: General Requirements A. The Policy for the Installation of Community Facilities ("Policy") dated March 2001, approved by the City Council of the City of Fort Worth, as amended, is hereby incorporated into this Agreement as if copied herein verbatim. Developer agrees to comply with all provisions of said Policy in the performance of its duties and obligations hereunder and to cause all contractors hired by Developer to comply with the Policy in connection with the work performed by said contractors. B. Developer shall provide financial security in conformance with paragraph 6, Section II, of the Policy and recognizes that there shall be no reduction in the collateral until the Project has been completed and the City has officially accepted the Improvements. Developer further acknowledges that said acceptance process requires the Developer's contractor(s) City of Fort Worth, Texas Standard Community Facilities Agreement CFA Official Release Date: 10.07.2015 Page 2 of 11 to submit a signed affidavit of bills paid and consent of Surety signed by its surety to ensure the contractor has paid any sub-contractor(s) and suppliers in full. Additionally, the contractor will provide in writing that the contractor has been paid in full by Developer for all the services provided under this contract. C. Developer agrees to cause the construction of the Improvements contemplated by this Agreement and that said construction shall be completed in a good and workmanlike manner and in accordance with all City standards and the City-approved construction plans, specifications and cost estimates provided for the Project and the exhibits attached hereto. D. The following checked exhibits describe the Improvements and are incorporated herein: Water (A) ®, Sewer (A-1) ®, Paving (B) ®, Storm Drain (B-1) ®, Street Lights & Signs (C) Z. E. The Developer shall award all contracts for the construction of the Improvements in accordance with Section II, paragraph 7 of the Policy and the contracts shall be administered in conformance with paragraph 8, Section II, of the Policy. Developer shall ensure its contractor(s)pays the then-current City-established wage rates. F. For all Improvements included in this Agreement for which the Developer awards construction contract(s), Developer agrees to the following: i. To employ a construction contractor who is approved by the director of the department having jurisdiction over the infrastructure to be constructed, said contractor to meet City's requirements for being prequalified, insured, licensed and bonded to do work in public ways and/or prequalified to perform water/wastewater construction as the case may be. ii. To require its contractor to furnish to the City a payment and performance bond in the names of the City and the Developer for one hundred percent (100%) of the contract price of the infrastructure, and a maintenance bond in the name of the City for one hundred percent(100%)of the contract price of the infrastructure for a period of two (2) years from the date of final acceptance insuring the maintenance and repair of the constructed infrastructure during the term of the City of Fort Worth,Texas Standard Community Facilities Agreement CFA Official Release Date: 10.07.2015 Page 3 of 11 maintenance bond. All bonds to be furnished before work is commenced and to meet the requirements of Chapter 2253, Texas Government Code. iii. To require the contractor(s) it hires to perform the construction work contemplated herein to provide insurance equal to or in excess of the amounts required by the City's standard specifications and contract documents for developer-awarded infrastructure construction contracts. The City shall be named as additional insured on all insurance required by said documents and same will be evidenced on the Certificate of Insurance (ACORD or other state- approved form) supplied by the contractor's insurance provider and bound in the construction contract book. iv. To require its contractor to give 48 hours advance notice of intent to commence construction to the City's Construction Services Division so that City inspection personnel will be available; to require the contractor to allow the construction to be subject to inspection at any and all times by City inspection forces, to not install or relocate any sanitary sewer, storm drain, or water pipe unless a responsible City inspector is present and gives his consent to proceed, and to make such laboratory tests of materials being used as may be required by the City. V. To require its contractor to have fully executed contract documents submitted to the City in order to schedule a Pre-Construction Meeting. The submittal should occur no less than 10 working days prior to the desired date of the meeting. No construction will commence without a City-issued Notice to Proceed to the Developer's contractor. vi. To delay connections of buildings to service lines of sewer and water mains constructed under this Agreement, if any, until said sewer and water mains and service lines have been completed to the satisfaction of the Water Department. G. Developer shall provide at its expense, unless otherwise agreed to by City, all engineering drawings and documents necessary to construct the improvements under this Agreement. H. Developer shall cause the installation or adjustment of the required utilities to serve the development or to construct the Improvements required herein. City of Fort Worth,Texas Standard Community Facilities Agreement CFA Official Release Date: 10.07.2015 Page 4 of 11 I. City shall not be responsible for payment of any costs that may be incurred by Developer in the relocation of any utilities that are or may be in conflict with any of the community facilities to be installed hereunder. J. Developer hereby releases and agrees to indemnify, defend and hold the City harmless for any inadequacies in the preliminary plans, specifications and cost estimates supplied by the Developer for this Agreement. K. Developer agrees to provide, at its expense, all necessary rights of way and easements across property owned by Developer and required for the construction of the current and future improvements provided for by this Agreement. L. The Developer further covenants and agrees to, and by these presents does hereby, fully indemnify, hold harmless and defend the City, its officers, agents and employees from all suits, actions or claims of any character, whether real or asserted, brought for or on account of any injuries or damages sustained by any persons (including death) or to any property, resulting from or in connection with the construction, design, performance or completion of any work to be performed by said Developer, its contractors, subcontractors, officers, agents or employees, or in consequence of any failure to properly safeguard the work, or on account of any act, intentional or otherwise, neglect or misconduct of said Developer, its contractors, sub-contractors, officers, agents or employees, whether or not such injuries, death or damages are caused, in whole or in part, by the alleged negligence of the City of Fort Worth, its officers, servants, or employees. M. Developer will further require its contractors to indemnify, defend and hold harmless the City, its officers, agents and employees from and against any and all claims, suits or causes of action of any nature whatsoever, whether real or asserted, brought for or on account of any injuries or damages to persons or property, including death, resulting from, or in any way connected with, the construction of the infrastructure contemplated herein, whether or not such injuries, death or damages are caused, in whole or in part, by the alleged negligence of the City of Fort Worth, its officers, servants, or employees. Further, Developer will require its contractors to indemnify, and hold harmless the City for any losses, damages, costs or expenses suffered by the City or caused as a result of said contractor's failure to complete the work and City of Fort Worth,Texas Standard Community Facilities Agreement CFA Official Release Date: 10.07.2015 Page 5 of 11 construct the improvements in a good and workmanlike manner, free from defects, in conformance with the Policy, and in accordance with all plans and specifications. N. Upon completion of all work associated with the construction of the Improvements, Developer will assign to the City a non-exclusive right to enforce the contracts entered into by the Developer with its contractor along with an assignment of all warranties given by the contractor, whether express or implied. Further, Developer agrees that all contracts with any contractor shall include provisions granting to the City the right to enforce such contracts as an express intended third party beneficiary of such contracts. O. Inspection and material testing fees are required as follows: i. Developer shall pay in cash water and wastewater inspection fees and material testing fees equal to two percent (2%) for a total of 4% of the developer's share of the total construction cost as stated in the construction contract. ii. Developer shall pay in cash paving and storm drain inspection fees equal to four percent (4%) and material testing fees equal to two percent (2%) for a total of 6% of the developer's share of the total construction cost as stated in the construction contract. iii. Developer shall pay in cash the total cost of streetlights or if the city is not installing the streetlights, inspection fees equal to four percent (4%) of the developer's share of the streetlight construction cost as stated in the construction contract. iv. Developer shall pay in cash the total cost of street signs. P. COMPLETION WITHIN 2 YEARS i. Developer shall complete the Improvements within two (2) years, provided, however, if construction of the Improvements has started within the two year period, the developer may request that the CFA be extended for one additional year. ii. Nothing contained herein is intended to limit the Developer's obligations under the Policy, this Agreement, its financial guarantee, its agreement with its contractor or other related agreements. iii. The City may utilize the Developer's financial guarantee submitted for this Agreement to cause the completion of the construction of the Improvements if at City of Fort Worth,Texas Standard Community Facilities Agreement CFA Official Release Date: 10.07.2015 Page 6 of 11 the end of two (2) years from the date of this Agreement (and any extension period) the Improvements have not been completed and accepted. iv. The City may utilize the Developer's financial guarantee to cause the completion of the construction of the Improvements or to cause the payment of costs for construction of same before the expiration of two (2) years if the Developer breaches this Agreement, becomes insolvent or fails to pay costs of construction and the financial guarantee is not a Completion Agreement. If the financial guarantee is a Completion Agreement and the Developer's contractors and/or suppliers are not paid for the costs of supplies and/or construction, the contractors and/or suppliers may put a lien upon the property which is the subject of the Completion Agreement. (REMAINDE12 OF PAGE INTENTIONALLY LEFT BLANK) City of Fort Worth, Texas Standard Community Facilities Agreement CFA Official Release Date: 10.07.2015 Page 7 of 11 Cost Summary Sheet Project Name: Ventana Ph.1 CFA No.: 2016-030 City Project No.: 100272 An Engineer's Estimate of Probable Cost is acceptable. However, the construction contract price will ultimately determine the amount of CFA fees and financial guarantee. The bid price and any additional CFA payments will be required prior to scheduling a pre-construction meeting. An itemized estimate corresponding to each project-specific exhibit is required to support the following information. Items Developer's Cost A. Water and Sewer Construction 1. Water Construction $ 667,736.25 2.Sewer Construction $ 614,983.00 Water and Sewer Construction Total $ 1,282,719.25 B. TPW Construction I.Street $ 1,145,607.25 2.Storm Drain $ 358,056.00 3.Street Lights Installed by Developer $ 164,774.60 4. Signals $ TPW Construction Cost Total $ 1,668,437.85 Total Construction Cost(excluding the fees): $ 2,951,157.10 Construction Fees: C. Water/Sewer Inspection Fee(2%) $ 25,654.39 D. Water/Sewer Material Testing Fee(2%) $ 25,654.39 Sub-Total for Water Construction Fees $ 51,308.77 E. TPW Inspection Fee(4%) $ 60,146.53 F. TPW Material Testing(2%) $ 30,073.27 G. Street Light Inspsection Cost $ 6,590.98 H. Signals Inspection Cost $ - H. Street Signs Installation Cost $ - Sub-Total for TPW Construction Fees $ 96,810.78 Total Construction Fees: $ 148,119.55 Choice Financial Guarantee Options,choose one Amount Mark one Bond=100% $ 2,951,157.10 Completion Agreement=100%/Holds Plat $ 2,951,157.10 x Cash Escrow Water/Sanitary Sewer-125% $ 1,603,399.06 Cash Escrow Paving/Storm Drain=125% $ 2,085,547.31 Letter of Credit=125%w/2yr expiration period $ 3,688,946.38 City of Fort Worth,Texas Standard Community Facilities Agreement CFA Official Release Date: 10.07.2015 Page 8 of 11 ACCORDINGLY,the City of Fort Worth and Developer have each caused this instrument to be executed in quadruplicate in each entity's respective name by its duly authorized signatories effective as of the date executed by the City's City Manager or his/her designee. CITY OF FORT WORTH DEVELOPER PB Ventana 1,LLC .ter By: PB Ventana Manager,LLC Jesus J. Chapa Assistant City Manager Name: E.Peter Pincoffs III Date: " Title: Manager Recommended by: Date: 17,0 ,wI ATTEST: (Only if required by Developer) Wendy Chiabulal, EMBA, P.E. Development Engineering Manager Water Department Signature Name: 44 Lj,. Z Dougla . Wiersig,P.E. Director Transportation & Public Works Department Approved as to Form & Legality: ATTEST: Richard A. McCracken o�� Assistant City Attorney Mary J. Kao � ��// City SecretW/)*" O M&C No. 1Wl4 *g y Date: .5 W 1(4 �S For^ 1295C.�i��rr+c�4: tQ14. OFFICIAL RECORD City of Fort Worth,`texas CITY SECRETARY Standard Community Facilities Agreement FT.WORTH,TX CFA Official Release Date: 10.07.2015 Page 9 of 11 Check items associated with the project being undertaken; checked items must be included as Attachments to this Agreement Included Attachment ® Attachment 1 - Changes to Standard Community Facilities Agreement ® Location Map ® Exhibit A: Water Improvments ® Water Cost Estimate ® Exhibit A-1: Sewer Improvements ® Sewer Cost Estimate ® Exhibit B: Paving Improvements ® Paving Cost Estimate ® Exhibit B-1: Storm Drain Improvements ® Storm Drain Cost Estimate ® Exhibit C: Street Lights and Signs Improvements ® Street Lights and Signs Cost Estimate (Remainder of Page Intentionally Left Blank) City of Fort Worth,Texas Standard Community Facilities Agreement CFA Official Release Date: 10.07.2015 Page 10 of 11 ATTACHMENT"1" Changes to Standard Agreement Community Facilities Agreement City Project No. 100272 None City of Fort Worth, Texas Standard Community Facilities Agreement CFA Official Release Date: 10.07.2015 Page 11 of 11 20 2 0 0 J O O 2 U U Z 00 U P�� ALEDO ROAD tis sti OO �O�O �JPQ.O OJT 00 SITE OWNER/DEVELOPER: PELOTON VENTANA PB VENTANA 1, L.L.C. Flu LAND $OLVTIONS No 3045 LACKLAND ROAD 5751 KROGER DRIVE NOT TO SCALE PHASE 1 FORT WORTH,TEXAS 76116 SUITE 185 DATE:APRIL,2016 PHONE:817-731-7595 KELLER,TX 76244 PHONE:817-562-3350 16" �p lP Np UP LOANS ZONING 10N5 N\NG IN GE IST2' 13 12 xt 10 9 8 7 6 5 4 14 Of?AD ROAD 3 Z 4 BR 6 S OI T 10 11R 1z 15 16 Q 2 CL 2 40 9 1 2 3 4 5 6 7 8 EX ST 30' , l 1 39 2 0 13 O 1211 38 3 18 Q CAVO (CANOA 37 4 14 19 16 j Ll4 113 12 11 10 9 I I 5 I 15 - 36A.)E A R DAE 2 2 25'WATER- 16 FACII ITY EASEMENT Q 3 3 p 35 6 117 4 a O 34 7 7 8 9 10 1'i 12 13 14 15F16 18 Y 5 5 33 8 2 PER A ENT T CIL Y EASEMENT Q 6 6 LLJ 32 9 19 m _ 20 _ 7() s C1 31 10 FUTURE 41 VENTANA .1 I t- -- _ 21 20 9 18 17 = 8 30 11 Q PHASE 25.ViATERSEWER I 8 29 12 22 FA.Iuryn M '�- }�s� ; 9 9 28 13 w 23 FUTURE 10 10 27 14 24 ANTANA 1 2 3 4 5 25 1� �HASE 11 11 26 15 N a ---'--f---r -� 12 12 25 16 D' 26 Q 27 109 7 6 3 13 24 17 oa 14 29 18 28 153 8 29 z5'WATF:�I..1 1 15 22 19 yl Y 'L-LLV ORCHARD ROAD 30 FUTURE 21 20 VENTANA 31 PHASE _ QP 19 RAIL D E R VF 1 1 11c �P 10 2 3 4 5" PgVAa ZpN1NG SPAGELpt 12 13 m C)lu 2 01,EN J� 12 P 0 03 Q- 11 I LEGEND7 �Q 6 Q 4 J O 8 —�� m s PROPOSED GATE VALVE JP4 2 3�� 10 9 XIST 20. wq —�—^' EXIST GATE VALVE 4 8 FXIST 5 9 6 7 Ex r so 9 � 10 1 PROPOSED FIRE HYDRANT O 6 7� EXIST FIRE HYDRANT �<? NOTE:ALL PROPOSED WATER LINES ARE 8" UNLESS OTHERWISE NOl ED EXHIBIT A - WATER OWNER/DEVELOPER: It 11 PELOTON 0 NORTH 250' VENTANA PB VENTANA 1, L.L.C. Itltl I.Y. {OlYT10Yt 3045 LACKLAND ROAD 5751 KROGER DRIVE PHASE 1 FORT WORTH,TEXAS 76116 SUITE 185 DATE:APRIL,2016 PHONE:817-731-7595 PHONE: ,TX 76244 762" GRAPHIC SCALE lOA 5��t�NG 1pNA�N NG Ci p�B 13 12 E IST 2 11 U 9 8 7 6 5 4 djfi 14 5 6 7 8 9 10 OR ) R D A- - 4 B S 01 T O1s ,�Y_ 3 �2 4016 0 1 2 3 5 6 7 8EXIST w• I 1 39 2 O17 O 38 3 13 I 16 of I I E7 JO I (CAIyOA 37 4 14 I 16 15 14 13 12 11 10 9 I 15 25'WATER- 19 ` IZA I RDA[ 2 2 I 35 6 16 FAGII ITY EARFMFNT m — ' 1440 3 3 ❑ I T 1 0 4 4 0 7 17 7L' 9 11 12 13 14 15 16 Y 5 5 0 33 8 2 RMAN t8 A �I ILI Y EASEMENT I s_ Q 6 6 W 32 9 l9 © _FUTURE 9 0 31 10 20 I PHASE r_ 21 20 19 18 17 — 8 >15" I 30 11 0 21 NTA 8 I _ a... _tEr- 22 2,W�SEWER I I —AJ 1 29 12 p .n IAc Tv ►ccuFNr 9 23 I 9 28 13 z �}�1TURE 10 24 10 27 3 14 VENTANA 1 2 3 4 5 2s It �,HASE 11 11 26 15 N 26 O I 12 1 12 25 16 Of II JO9L87 6 13 13 24 17 27 10,010 I 1 I _ J 14 23 18 28 I a o 29 75WATF -SL � � 15 22 19 ORCHARD ROAD 30 FUTURE 21 20 VENTANA 31 PHASE _ y 1 9 8 QP RAIL ID E R1 V 1,u c �Q' 10 2 3 4 $' Z PgdE Z \NG I SPACE_OT 1X Al 11 93 m 0 2 I 1 OPEN ,�Ci 12 PO 12 O 0 3 Q- 11 7 6 < 4 CMO 5 8 III 2 j° 9 3 10 6 4 y s 10 9 6 7Ex T30' LEGEND6 —♦— PROPOSED SEWER LINES �G 7 --t-- EXIST SEWER L NES �c SDR 26 SERVIC _S NOTE:ALL PROPOSED SANITARY SEWER LINES ARE 8"UNLESS OTHERWISE NOTED III EXHIBIT A1 - WASTEWATER OWNER/ DEVELOPER: [yI PELOTON 0 NORTH 250' VENTANA PB VENTANA 1, L.L.C. IIS LAND SOLUTION& 5751 KROGER DRIVE FORRTT WORTH,PHASE 1 ,TEE ROADXAS 76116 SUITE 185 76244 TX DATE:APRIL,2016 PHONE:817-731-7595 PHONE:KELLER,TX 76244 GRAPHIC SCALE 10N5 Z N NG 1pNP�N NG 13 ( ) G E IST 2 12 ( 1 9 8 7 6 5 4 14 IF (�0 D RO D 3 Q 4 B s S O_1 T 10 Al 12 15 rte- 2 Y 3 aLw 16 Q a 2 Q 1 4 5 6 7 6 EXIST 30 1 1 39 2 tO17 Lr O -- 13 38 3 18 < '- - A{VO I CAVO 37 4 14 16 13 12 11 10 9 1, 15 19 Zi >E A R A 2 2 5 25'WATER- 35 6 1s FA I ITV ASFM NT 3 3 p 34 7 17 0 4 4 Q l 7 8 12 13 14 15 16 33 8 20 AN n18wA I l Y 5 5 0 VEAgEMENi I g 6 6 W 32 9 03 2 70 9 0 31 10 U420 L,.._.m. 21 20 19 18 17 = 8 8 30 11 0 21 25 VATER-qM, — 29 12 22 FAf.IIITVF.\GFMI '� c ' 9 -�-- T 9 N 28 13 W 23 �5 } F�;UR10 qp A 27 10 14 24 NTA A 1 2 3 4 5 HASE 11 11 25 26 15 N II I S --} —— —— 12 12 25 16 2 26 rn 10 9 8 7 6 13 24 17 27 13 28 14 23 18 I u v C 29 I I I 2s AT ;�.v}II::• 15 22 19 ORCHARD ROAD" 30 FUTURE _ 21 20 VENTANA 31 PHASE ��P O e QPQ s RAIL ID E�R V 10 2 3 4 Z PB Z�1NG pPENSPPGEUOt 1X���P 11 t3 m C)2 J 12 12 Q Q 3 I I 11 I 7 6 Q 4 I m 5 LEGEND JA 2 3 �F 10 9 � s 29' B-B/50' ROW(TYP) 6 4 5 9 9 6 7 EX T -9.R 6 O 10 Q 37' 7 ell B-B/80' ROW(TYP) SIDEWALK BY )EVELOPER I SIDEWALK BY IOMEBUILDER I ` ® H.C. RAMPS BY DEVELOPER I 1 EXHIBIT B - PAVIN OWNER/ DEVELOPER: [i!1I PELOTON VENTANA LAND SOLUTIONS 0 NOS'" 250' PB VENTANA 1, L.L.C. ,'5751 KROGER DRIVE PHASE 1 RT WORTHLACKL, E ROAD SUITE 185 ' FORT WORTH,TEXAS 76116 624 7 TX 4 DATE:APRIL,2016 PHONE:817-731-7595 PHONE:KELLER817-562-3350 ,,TX 7-3 4 GRAPHIC SCALE i o� \OAB�lNG � \ONA Z pl\NG r� jm 9 Wl1 9 8 7 6 5 4 E IST 7 8 9D R D 3 Q4 B S OI T O 1R1z � 3 2>CL 240 1 51 1 39 2EXIST 338 3 13; A—NO I (CANOA 37 4 14 I 12 11 10 9 15 36 5 25'WATER- ! _A R A 2 2 I 35 6 B 16 FA.I ITV FIS ASEMENT Q 3 3 0 I I 1 O CE 4 4 O 34 7 17 7 8 9 .. 12 13 14 15 16Y 33 8 zo PERMAN N8 5 T FSI 5 O CILI V EASEMENT 19 ,< 6 8 W 32 9 I © 9 0 31 10 20 FUTUR 21 20 19 98 17 Q 21 VENTA r _L 8 8 I 30 11 0 PHAS 22 35 WATER-SEWER ( J 9 - 29 12 I c r— , 9 28 13 W 23 LL[ FUTUI, 10 24 10 27 10 1q VENTA!A PHASL' 1 2 3 4 5 11 Tl 11 26 15 N 25 12 25 16 X O 12 I 7 6 13 13 24 17 27 I Z t J 14 23 18 28 I� W�B 15 22 19 29 25'wA f SE _ ORCHARD ROAD 30 FUTUR! 21 20 VENTANA 1 31 PHASE 8 { ,_........ �� O QPQ 9 RAIL -4111111ID E R V o 1 0.0 �Q 10 2 3 4 € Z 1 0,4%ND 13 2 pe •p,r5 ZON J SPADE�0�1X ��P 11 m � ppE J� 12 P� 12 0 23 11 I LEGEND }J�Q , O 8 7 6 ¢ -4 9 CO 5 2 PROPOSI--D FORM DRAIN J4 3 �� 10 s EXIST INLET 4 � 5 9 8 7 Ex T 30'NLIET STORM DRAIN yp 6 c� ,o , PROPOSED , FORM DRAIN 0 7�� MANHOLE .y PROPOSED; TORM DRAIN A" HEADWALL I .00 EXHIBIT B1 - ST A � �I DRAINAGE OWNER/DEVELOPER: 091 PELOTON 0 NORTH 250' VENTANA PB VENTANA 1, L.L.C. �sN LAND SOLYTIONS PHASE 1 3045 LACKLAND ROAD 5751 SUITEKROGER DRIVE FORT WORTH,TEXAS 76116 KELLER,TX 76244 GRAPHIC SCALE DATE:APRIL,2016 PHONE:817-731-7595 PHONE:817-562-3350 N NG �Np t.P \016` Y1�+L7.0 'A5 Z01y1 O Qe LMS MPMN IST ' 13 2 ! 11 8 7 6 5 4 5 6 7 8 9 14 R D 3Q 4 B AZOS OI T �12 15 SID � 3 W Q — 16 Q 2 2 40 1 �� ,a,°°ow,v 2 5 6 7 8 1 ( 1 39 2 IXIST 3v 07 O 1 ._ � _ 38 3 13 18 Q O I CANOA 37 4 ,a I 16 15 - 12 11 10 9 I '� 15 19 2 36 5 I 2 25'WATER- -A FZ A 16 I I FA II ITV ACFM NT 3 0 35 Q 3 6 O 4 4 0 34 7 17 7 8 9 10 12 13 14 1; 16 Y 5 5 33 8 20 PERMAN N SWAT rI 11, V EASEMEM ul _,�...-. Q 6 6 W 32 9 '19 m 20 © _ 9 U' 31 10 FUTURE r 21 20 19 18 17 8 I 30 11 < 21 VENTANA �- I PHASE 8 22 `29 WATER-SEWER-4 � — 29 12 =�ITY SCFI .._ 9 2.3 9 26 13 w FUTURE L �'S10 10 27 14 24 Vl:NTANA 1 2 3 4 5 I 25 I E 11 I 11 26 1JW �-- 12 12 25 1 263 ICY 10 9 8 7 6 ,3 13 24 17 27 I 000 0 1 � ;� J 14 23 18 28 I u v _ 3 2s ---_2'.WATr- -SE'l 15 22 19 FUTURE ARCTAFEROAD 21 20 30 VENTAN, 31 ._..,-.. PHASE ¢ 1 9 RAIL ID QP , E DR V 0 1 GI.G T 1X PC\Q' 10 13 2 3 4 Lu Z �vp5 Zot'1N SPPGE�D �� 11 07 2 J!G 12 Pp ,z 003 JPC II J�� 2 O T 8 7 6 M 5 4 9 3 C� 10 6 4 LEGEND 4 � 10 9 8 7EX Tao' PROPOSED STRI T LIGHTS ' 6 7 per/ O I 0 EXIST STREET HTS I � lII EXHIBIT C - STRE_ _ LIGHTS OWNER/ DEVELOPER: L5751 LOTON NORTH 250. VENTANA -Will SOLUTIONS PB VENTANA 1, L.L.C. GERDRIVEPHASE 1 3045 LACKLAND ROADE 185 FORT WORTH,TEXAS 76116 TX 76244 DATE:APRIL,2016 PHONE:817-731-7595 17-562-3350 GRAPHIC SCALE 10PNB Z N\,14NG �Np LP \ONP ZON\NG o A 5 �a 13 ® IST 2 11 9 8 7 S 5 4 LL 5 14 _ \D R D 3 Q ` 4 BR Z S OI T O R 1z I-Y 3 15 All, 2"J Q O 1 2 3 i 4 5 6 7 8 EXIST sa 07 O �1 ( 1 39 z AS 38 3 13 18 < I I CA{�10 (CANOA 37 4 14 1all�l 13 12 11 10 9 I 15 36 525•WATER- 19 \ E A R A 2 z 16 I I I IIry as M NT - Q 3 3 0 I 35 6 O q 4 O 34 7 17 I 7 8 9 12 13 14 1 5` 16 33 8 20 PERM6l'— NEN SWAT 1-I I'7 5 CILI V EASEMENT Q 6 6 W 32 9 1 I 20 `` © t .� 9 0 31 10 I I VFOTUREI f 21 20 19 18 17 = 8 8 > I 30 11 < 21 _ 29 12 22 FAGII ITV FAS ' 9 23 T _jL 9 28 13 w I -- 10 10 24 VNTA A 10 27 14 1 2 3 4 5 HAS[. 11 11 26 15 N 25 26 12 12 25 16 10 9 8 6 13 13 24 17 27 r . 14 23 18 I� 28 zz 1s 29 15 ORCHARD ROAD 30 FUUR[ 21 20 VEsNfiAN 31 PHXSE y _ s a / RAIL ID E R V 0 1 LlG �Q' 10 3 4 1 z z Pg� ZQ\NG NgPPGE"pY 1% .`P 11 O 13 mLl 2 17 Q' 12 Ico0 0 3 Q 11 I 7 6 Q 4 8 9 m 5 3 10 6 EXIST 4 LEGEND ,d, 5 s e 7 E T30 6 10 1 PROPOSED STREC NAME SIGNS Oca / O EXIST STREET NA SIGNS �Q94 90 ( I A EXHIBIT C1 - ST ET NAME SIGNS OWNER/DEVELOPER: iil( PELOTON 0 NORTH 250' VENTANA PB VENTANA 1, L.L.C. I ••N.•OLYTIOMI PHASE 1 3045 LACKLAND ROAD 5751 SUITEKROGER DRIVE FORT WORTH,TEXAS 76116 DATE:APRIL,2016 PHONE:817-731-7595 KELLER,TX 76244 GRAPHIC SCALE PHONE:817-562-3350 r SECTION 00 42 43 PROPOSAL FORM UNIT PRICE UNIT PRICE BID Bidder's Application Project Item Information Bidder's Proposal Bidlistltem Specification Unit of . Description Section No. Measure Bid Quantity Unit Price Bid Value WATER IMPROVEMENTS 3311.0261 8"PVC Water Pipe 33 11-12-- LF 7,566 $32.00 $242,112.00 3311.0461 112"PVC Water Pipe 33 11 12 LF 960 $40.00 $38,400.00 3311.0541 16"Water Pipe 33 11 10.33 LF 141 $145.00 $20,445.00 1112 3305.0202 Imported Embedment/Backfill,CSS 3305 10 CY 32 $30.00 $960.00 3311.0001 Ductile Iron Water Fittings w/Restraint 33 11 11 TON 6 $4,500.00 $28,800.00 3312.2003 1"Water Service 33 1210 EA 193 $950.00 $183,350.00 3312.2103 11/2"Water Service 331210 EA 4 $1,150.00 $4,600.00 3312.2203 2"Water Service 33 12 10 EA 1 $2,000.00 $2,000.00 3312.3003 8"Gate Valve 33 1220 EA 24 $1,100.00 $26,400.00 3312.3005 12"Gate Valve 33 1220 EA 4 $2,000.00 $8,000.00 3312.0001 Fire Hydrant 33 1240 EA 10 $4,200.00 $42,000.00 3312.0106 Connection to Existing 16"Water Main 33 1225 EA 1 $3,000.00 $3,000.00 3312.0117 Connection to Existing 4"-12"Water Main 33 1225 EA 1 $500.00 $500.00 3305.0109 Trench Safety 33 OS 10 LF 8,667 $7.75 $67,169.25 TOTAL WATER IMPROVEMENTS $667,736.25 SANITARY SEWER IMPROVEMENTS 3331.4115 8"Sewer Pipe 33 3120 LF 7,579 $42.00 $318,318.00 3305.0202 Imported Embedment/Backfill,CSS 33 05 10 CY 88 $30.00 $2,640.00 3339.1001 4'Manhole 33 3920 EA 26 $2,800.00 $72,800.00 3339.1002 4'Drop Manhole 333920 EA 4 $3,400.00 $13,600.00 3339.1003 4'Extra Depth Manhole 33 39 20 VF 127 $165.00 $20,955.00 3301.0101 Manhole Vacuum Testing 3301 30 EA 30 $100.00 $3,000.00 3339.0001 Epoxy Manhole Liner 33 3960 1 VF 109 $175.001 $19,075.00 3331.3101 4"Sewer Service 33 31 50 EA 194 $650.00 $126,100.00 9999.0001 Connect to Ex 8"SS 00 00 00 EA 1 $600.00 $600.00 3305.0109 Trench Safety 33 05 10 LF 7,579 $3.00 $22,737.00 3301.0002 Post-CCTV Inspection 33 0131 LF 7,579 $2.00 $15,158.00 TOTAL SANITARY SEWER IMPROVEMENTS $614,983.00 STORM DRAIN IMPROVEMENTS 3341.0502 54"RCP,Class III 33 41 10 LF 229 $165.00 $37,785.00 3341.0402 42"RCP,Class ID 33 41 10 LF 341 $98.00 $33,418.00 3341.0309 36"RCP,Class ID 3341 10 LF 293 $82.00 $24,026.00 3341.0305 33"RCP,Class M 33 41 10 LF 273 $72.00 $19,656.00 3341.0302 30"RCP,Class II 33 41 10 LF 77 $62.00 $4,774.00 3341.0208 27"RCP,Class M 33 41 10 LF 853 $58.00 $49,474.00 3341.0205 24"RCP,Class ID 33 41 10 LF 377 $50.00 $18,850.00 3341.0201 21"RCP,Class M 33 41 10 LF 1,131 $45.001 $50,895.00 9999.0002 21"Sloping Headwall 33 49 40 EA 1 $2,500.001 $2,500.00 3349.7001 4'Drop Inlet 33 49 20 EA 2 $4,500.00 $9,000.00 9999.0003 5'Curb Inlet 33 49 20 EA 2 $1,850.00 $3,700.00 3349.5001 10'Curb Inlet 33 49 20 EA 17 $2,600.00 $44,200.00 3349.5002 15'Curb Inlet 33 49 20 EA 6 $4,000.00 $24,000.00 3137.0104 IMedium Stone Riprap,dry 313700 SY 9 $70.00 $630.00 3349.0001 4'Storm)unction Box 3349 10 EA 3 $5,000.00 $15,000.00 3349.0002 5'Storm Junction Box 33 49 10 EA 1 $6,000.00 $6,000.00 3349.0003 6 Storm)unction Box 3349 10 EA 1 $7,000.00 $7,000.00 3305.0109 Trench Safety 3305 10 LF 3,574 $2.00 $7,148.00 TOTAL STORM DRAIN IMPROVEMENTS $358,056.00 PAVING MPROVEMENTS 9999.0004 7.5"Conc Pvmt 32 13 13 CY 4,883 $32.00 $156,256.00 3213.0101 6"Conc Pvmt 32 13 13 SY 26,663 $2225 $726,566.75 3213.0301 4"Conc Sidewalk 32 1320 SF 9,162 $2.25 $20,614.50 3211.0502 8"Lime Treatment 321129 SY 5,060 $2.50 $12,650.00 3211.0501 6"Lime Treatment 32 1129 SY 29,684 $2.00 $59,368.00 3211.0400 Hydrated Lime 321129 TN 521 $150.00 $78,150.00 3212.0302 2"Asphalt Pvmt Type D 321216 SY 1.300 1 $12.00 $15,600.00 3212.0501 4"Asphalt Base Type B 32 12 16 SY 1,300 $15.00 $19,500.00 3213.0501 Barrier Free Ramp,Type R-1 32 1320 EA 34 $750.00 $25,500.00 3213.0504 Barrier Free Ramp,Type M-2 32 1320 EA 9 $750.00 $6,750.00 3217.0503 24"SLD Pvmt Marking Paint(W) 32 1723 LF 257 $16.00 $4,112.00 9999.0005 Std Street Header 32 1313 LF 182 $20.00 $3,640.00 9999.0006 End of Road Barricade 3441 30 EA 4 $600.00 $2,400.00 3441.4006 ji.tall Alum Sign Ground Mount 344130 EA 29 $500.00 $14,500.00 TOTAL PAVING IMPROVEMENTS1 $1,145,607.25 STREET LIGHTING BHPROVEMENTS 3441.3002 Rdwy Blum Assmbly TY 8,11,D-25,and D-30 3441 20 EA 34 $2,009.15 $68,311.10 3441.3301 Rdwy III=Foundation TY 1,2,and 4 3441 20 EA 34 $950.00 $32,300.00 3441.3304 Rdwy Illum Assmibly Special 3441 20 EA 6 $3,631.00 $21,786.00 2605.3022 2"CONDT PVC SCH 80(T) 26 05 33 LF 3,685 $9.00 $33,165.00 3441.3404 2-2-24 Quadplex Alum Elec Conductor 3441 20 LF 1,110 $2.50 $2,775.00 3441.1408 NO 6lnsulated Elm Condr 3441 10 LF 2,575 $2.50 $6,437.50 TOTAL STREET LIGHTING IMPROVEMENTS1 $164,774.60 Bid Summary Base Bid Water Improvements $667,736.25 Sanitary Sewer Improvements $614,983.00 Storm Drain Improvements $358,056.00 Paving Improvements $1,145,607.25 Street Lighting Improvements $164,774.60 Total Bid $2,951,157.10